Section one: Contracting authority
one.1) Name and addresses
St John the Baptist CE Junior School
Lower Teddington Rd,
Kingston upon Thames
KT14HQ
Contact
Catherine Morris
cmorris@stjohnshamptonwick.school
Telephone
+44 2089774114
Country
United Kingdom
NUTS code
UKI75 - Hounslow and Richmond upon Thames
Internet address(es)
Main address
http://www.st-john.richmond.sch.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://sites.google.com/stjohnshamptonwick.school/website/contact-us
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
St John the Baptist Junior School Meals Tender commencing 1st April 2022
Reference number
SJB/MEALS/APR2022
two.1.2) Main CPV code
- 55524000 - School catering services
two.1.3) Type of contract
Services
two.1.4) Short description
St John the Baptist CE Junior School is a single school that is located in Hampton Wick, Kingston upon Thames, at the following address:Lower Teddington Road, Hampton Wick, KT1 4HQ. The proposed contract will be for the outsourced provision of catering services to the Client. It is the Client's expectation that the Successful Bidder shall be responsible for the operation of the catering function including employment and management of staff, supply of foodstuffs, consumables and light equipment and preparing and serving appropriate meals. The Client will retain responsibility for payment of utilities and the operation and maintenance of core catering equipment and facilities.
two.1.5) Estimated total value
Value excluding VAT: £100,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 15894210 - School meals
- 55523100 - School-meal services
- 55524000 - School catering services
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKJ - South East (England)
Main site or place of performance
St John the Baptist CE Junior School,
Lower Teddington Road
Hampton Wick
Kingston Upon Thames
KT1 4HQ
two.2.4) Description of the procurement
Provision of school meals service to a 2 form entry junior school in Kingston upon Thames with effect from 1st April 2022. The proposed contract will be for the outsourced provision of catering services to the Client. It is the Client's expectation that the Successful Bidder shall be responsible for the operation of the catering function including employment and management of staff, supply of foodstuffs, consumables and light equipment and preparing and serving appropriate meals. The Client will retain responsibility for payment of utilities and the operation and maintenance of core catering equipment and facilities.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £100,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The contract length is for an initial period of two years with an option to extend annually upon satisfactory performance review.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
A. You are required to submit an overall 'Set Meal Price' which should include all labour, food, materials, training, insurance and management fee costs. The School will pay the Contractor the agreed price based on actual take-up of free meals. The school does not operate Universal Infant Free School meals due to being a junior school.
The 'Set Meal Price' shall be reviewed annually and may be revised in line with change in the RPIX. All changes to costs shall be agreed by the School in writing in advance and prior to implementation. It is the Contractor's responsibility to control costs within the increase allowed by this formula.
Please state clearly when submitting prices whether or not VAT will be charged.
Please state clearly if the staffing cost include London Living Wage allowance (LLW).
B. In addition to the 'Set Meal Price', if caterers wish to submit an additional alternative costing arrangement which allows for greater flexibility and better value for the school, fully explaining the benefits of this alternative pricing structure, then you are welcome to do so. Please note this must be submitted in addition to the 'Set Meal Price' option to ensure there is an initial level of parity between tenders made.
C. Furthermore, and again in addition to the above, the school welcomes alternative models of school meal provision that may be available to us; this may include, but is not limited to, food being cooked offsite and brought in hot, or in some other way linked to another local school. Any alternative models will need to include a fully detailed and costed plan and, where in operation already at another school, references from those schools who we will want to be in contact with.
The school will be responsible for collection of all monies from parents and the contractor will not have any involvement in the direct collection.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As per the tendering documentation available by request from the school
three.1.2) Economic and financial standing
List and brief description of selection criteria
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
List and brief description of selection criteria
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Performance of the caterers will be reviewed on an annual basis.
The Board of Governors reserves the right to terminate the contract within 30 days where a serious health and safety breach, or an irreconcilable breakdown of relationship with the caterer, occurs.
The Board of Governors reserves the right to terminate the contract in 3 months, where the caterer is unable to provide healthy meals on time in the School, or are unable or unwilling to improve food standards where concerns have been brought to the caterer's attention.
Tenderers should indicate whether they have received any enforcement notices in the past. Tenderers should also satisfy the Board of Governors that they currently have both the capacity and the experience to fulfil this contract.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
10 December 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
10 December 2021
Local time
12:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Royal Court of Justice
Strand
London
WC2A 2LL
Country
United Kingdom